Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOLICITATION NOTICE

Y -- FY16 Communications Facility, Luke AFB, Arizona.

Notice Date
9/12/2017
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-18-R-0002
 
Archive Date
12/2/2017
 
Point of Contact
Christina M. Chavez, Phone: 2134523246, Sandra Oquita, Phone: 213 452-3249
 
E-Mail Address
christina.chavez@usace.army.mil, sandra.oquita@usace.army.mil
(christina.chavez@usace.army.mil, sandra.oquita@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers - Los Angeles District has been tasked to solicit for the construction of a new FY16 Communications Facility, Luke AFB, Arizona. Project Description: To construct a new Communications Facility, 38,072 SF fire sprinkler equipped communications facility with concrete foundation/floor slab, block walls, steel roof trusses, and standing seam metal roof. This new facility will include all utilities and other supporting equipment for a complete and useable facility. The project includes intrusion detection systems (IDS), connection to the base-wide energy monitoring and control system (EMCS) and building information systems, all utilities services, site lighting, fire protection and alarm systems, relocation of the communications network infrastructure and demolition of four facilities for a total approximate area of 5,467 SF. The Communications Squadron (CS), existing facility, operations and communications networks will be required to remain fully operational through completion, move in of the new facility, and will require fully coordinated base wide communications system and operational crossover to the new facility after BOD and user move in. Minimum critical capabilities required include: specialized communications infrastructure protection, demonstrated experience of specialized certified communications design with a Registered Communications Distributed Designer (RCDD), certified installers with supervisors and installers assigned to the installation of this system or any of its components by Building Industry Consulting Services International (BICSI) Registered Cabling Installers, Technician Level, and demonstrated successful DoD/comparable Federal, Municipal, commercial communications expertise. The facility will comply with applicable DoD, Air Force, and base standards. Facilities are designed as permanent construction in accordance with the DoD Unified Facilities Criteria (UFC) 1-200-01. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05) features will be provided. LEED Silver certification will be required..This project will comply with DoD antiterrorism/force protection requirements per UFC 4-101-01. Site Visit Notification Alert: If it is anticipated that your firm will be attending the upcoming organized site visit, when requested, it is imperative that the Site Visit Information be provided to the government POC timely. USACE and/or Luke Air Force Base will conduct background checks prior to granting approval to enter Luke Air Force Base, AZ. This required information will need to be submitted within a short response time as required within the forthcoming RFP. Proposed project will be a competitive, firm-fixed price, design-bid-build contract procured in accordance with FAR 15, Negotiated Procurement using a one-part (single phase) Best Value Trade-Off selection process. The technical proposal will be evaluated based on the evaluation criteria stated in the RFP. This process permits tradeoffs between price and technical merit/quality and allows the Government to accept other than the lowest priced offer. The award decision will be based on a comparative assessment of proposals against all source selection criteria in the solicitation. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $10,000,000 and $25,000,000 Estimated duration of the project is 730 calendar days. The North American Industry Classification System code for this procurement is 236220 which has a small business size standard of $33.5M Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. The solicitation will be available on or about 4 October 2017 with submittals due on or about 17 November 2017. Solicitation W912PL-18-R-0002 and all amendments for this acquisition will be posted on FedBizOpps (FBO) (www.fbo.gov). THE GOVERNMENT INTENDS TO ISSUE THIS SOLICITATION AND ALL AMENDMENTS THROUGH THE USE OF THE INTERNET (WEB ONLY). No additional media (CD ROMs, Floppy Disks, Faxes, or paper) will be provided unless the Government determines that it is necessary. Viewing/downloading documents from FBO will require prior registration in System for Award Management (SAM). If you are a first time FBO user, you will be required to register in FBO prior to accessing the solicitation documents. The following information will be required prior to registration: DUNS Number, System for Award Management (SAM) Registration, Marketing Partner Identification Number (MPIN), Cage Code, e-mail address. Once registered with FBO, interested parties will then be able to utilize the posted hyperlink to log in and access the solicitation documents. Please note that ALL firms who want to access the solicitation, both prospective primes and subs, will be required to be registered with FBO and therefore must be SAM-registered, have a MPIN, and either a DUNS number or CAGE code. The SAM website can be accessed at http://www.sam.gov/. For further information, please click on the User Guide links on FBO homepage to download the Vendor User Guide. For additional assistance with SAM please call SAM Customer Service at (866) 606-8220. For additional assistance with the FBO website, please select the Helpdesk link located at the bottom of the webpage to submit a question or comment. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK THE DESIGNATED GOVERNMENT POINT OF ENTRY - FED BIZ OPPS - FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. ALL OFFERORS/BIDDERS ARE ALSO ADVISED THAT THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, EVALUATION AND/OR FINAL AWARD PROCESS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-18-R-0002/listing.html)
 
Place of Performance
Address: Luke Air Force Base, Luke, Arizona, 85309, United States
Zip Code: 85309
 
Record
SN04673640-W 20170914/170912232516-fb7301a01cbcd383ee50ef61270b20f1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.